SOURCES SOUGHT
A -- Chemical, Biological, Radiological, Nuclear, and Explosive (CBRNE) Mission Support Contract 2
- Notice Date
- 4/8/2014
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- ACC-APG - Edgewood, ATTN: AMSSB-ACC-E, 5183 Blackhawk Road, Aberdeen Proving Ground, MD 21010-5424
- ZIP Code
- 21010-5424
- Solicitation Number
- W911SR-14-R-XXXX
- Response Due
- 5/7/2014
- Archive Date
- 6/7/2014
- Point of Contact
- Gregory J Jamison, 410-436-2515
- E-Mail Address
-
ACC-APG - Edgewood
(gregory.j.jamison.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Description: This notice is a request for information (RFI) and is not a request for proposals (RFP). The government will not award a contract on the basis of this notice, or otherwise pay for information solicited by it. Proprietary information should be clearly marked. The requested information is for planning and market research purposes only and will not be publicly released. In accordance with FAR 15.201(E), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. The predominant NAICS associated with this RFI is 541330, Engineering Services. The area of applicability is Chemical, Biological, Radiological, Nuclear, and Explosive (CBRNE). Respondents are encouraged to submit their capability packages which clearly delineate their size standard ($27M based upon NAICS 541330), outlining their corporate experience demonstrating the depth and breadth of their technical expertise as it relates to CBRNE in the performance of the requirement outlined below. Contractors' capability packages should not merely restate past performance history that does not accurately portray technical capability. PART I - Technical Criteria Acquisition Program and Engineering Support: Includes such activities as materiel solution analysis; technology development; engineering and manufacturing development (EMD), production and deployment; design; and operations and support. More specifically, activities include life cycle systems engineering, product integration (computer aided engineering design and analysis, fabrication, drawing and acquisition/sustainment documentation, product installation), product engineering, prototyping product assessment (test planning, test execution, environmental and field testing, product verification), and acquisition logistics support (technical manuals, maintenance planning). This support includes cost estimating, equipment installation, chemical and agent monitoring, chemical demilitarization, quality assurance, risk assessment, closure studies, training, and support of safety and medical programs. In addition, design, fabrication, installation, modification, and validation testing of large-scale test capabilities and facilities are relevant capabilities. Research & Technology (R&T) Support: Includes such activities as research, development, analysis, and experimentation and program management in both laboratory and non-laboratory environments. Specific areas of interest relating to this RFI include: biosciences, chemical and biological (CB) detection, CB information systems technology, CB protection and decontamination sciences, chemical sciences, toxicology, aerosol science, obscurants, and veterinary care. Program and Integration Support: Includes program and integration support such as management, safety, security, surety, medical and health, and environmental support. Performance of risk analyses; preparation of environmental documentation; preparation, review, and processing standing operating procedures; conducting inspections; organizing and facilitating meetings, special studies, test plans and reports; drafting documents, public release articles, and reports; and public outreach support. Performance Locales: Throughout CONUS; some OCONUS as well. Familiarity with Status of Forces Agreement (SOFA) applicability and compliance requirements. Security Requirements: Generally SECRET classifications; however, handling to include TOP SECRET facility classifications or personnel classifications should be addressed. In addition to the above information, contractors shall respond to the following statements/questions. 1.Provide your methodology for sustaining a qualified/quality workforce in uncertain DoD budgetary conditions. 2.Explain any business arrangements you currently have or will establish that would be utilized in meeting requirements under the above programs and how they would be managed to ensure effectiveness and efficiency? 3.Explain your capabilities to meet the requirements of the above listed scope for engineering support, research and technology support, and program and integration support based upon CONUS and OCONUS requirements, and SECRET classifications, with a potential for limited TOP SECRET facility or personnel classifications. PART II - Submission of Information Contractors desiring to respond to this request should provide a white paper as follows: White Paper: Limit the number of pages to no more than thirty (30) total (Times New Roman, Font 12, one inch margins) excluding cover and photos which can be included separately. Interested contractors are also asked to submit a quad chart as a summary template. Describe technology including, at a minimum, the specific information of interest stated in Part I. To be responsive to this announcement, contractors shall submit their white papers via email as requested by COB 7 May 2014. Microsoft Word format is required. Contractors are requested to provide the name of 2 (two) Points of Contact, telephone numbers, FAX numbers, emails and complete addresses with each submission of data. Please send your responses to Contract Specialist Shantice Wright and Technical POC Kathy Thatcher via email to shantice.m.wright.civ@mail.mil and kathryn.a.ortel.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/3141eba48dc0bb105e703b7462132bff)
- Place of Performance
- Address: ACC-APG - Edgewood ATTN: AMSSB-ACC-E, 5183 Blackhawk Road Aberdeen Proving Ground MD
- Zip Code: 21010-5424
- Zip Code: 21010-5424
- Record
- SN03332927-W 20140410/140409021940-3141eba48dc0bb105e703b7462132bff (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |